Similar Projects
Downtown Facade Project - Phase IV - 5010-11 - City of Oskaloosa
Renovation
Conception
$900,000 CJ est. value
Oskaloosa, IA 52577

3rd Floor Remodel - 315548 - City of Cedar Rapids
Renovation
Conception
$300,000 est. value
Cedar Rapids, IA 52401

2022 Ambulance Shed
Renovation
Design
$300,000 CJ est. value
Ackley, IA 50601

City Proactively Replacing Meter Interface Units
Renovation
Design
$100,000 CJ est. value
Dubuque, IA 52001

Mills County Annex Building Renovation
Renovation
Bidding
$530,000 CJ est. value
Glenwood, IA 51534

Solar PV Installations
Renovation
Bidding
$50,000 CJ est. value
Toddville, IA 52341

Owner Occupied Rehabilitation
Renovation
Post-Bid
Keokuk, IA

Rapid Response Single Award Task Order Contract (SATOC)
New Construction
Post-Bid
Less than $95,000,000 est. value

New Maintenance Building
New Construction - 3,380 SF
Results
$500,000 to $1,000,000 CJ est. value
Elkhart, IA 50073

Administration Building South First Floor Restrooms
Renovation
Results
Clinton, IA 52732

Old Engine House Office Renovation
Renovation - 5,400 SF
Construction
$219,765 CJ est. value
Dubuque, IA 52001

City Park - City of Alta
Infrastructure, Renovation
Pending Verification
$475,600 CJ est. value
Alta, IA 51002

Water Administration Building HVAC Improvements - 6250105 - City of Cedar Rapids
Renovation
Conception
$1,600,000 CJ est. value
Cedar Rapids, IA 52402

Site 2 ADA Improvements
Renovation
Bidding
Marion, IA 52302

Shelter Replacement
New Construction
Post-Bid
Marion, IA 52302

Last Updated 04/03/2023 11:07 AM
Project Title

Fort Dodge Downtown Revitalization Rebid

Physical Address View project details and contacts
City, State (County) Fort Dodge, IA 50501   (Webster County)
Category(s) Government/Public
Sub-Category(s) Misc. Buildings
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $717,817 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

You are hereby notified that the City of Fort D odge will receive Bids for the Downtown Revitalization project. The project consists of historic renovation of the store front facades of six (6) buildings with nine (9) different addresses in the downtown of Fort Dodge, Iowa. The buildings range in size from single story to multi story. The project includes: window replacement, door replacement, masonry restoration, and complete facade removal and replacement. Questions and Clarifications: The bidder may seek clarification of the drawings and specifications from the architect until 12:00 Noon, Friday, August 26th, 2022, at which time no further information will be provided other than what is shown on the drawings and in the specifications. The purpose for the deadline is to ensure adequate time for preparation and issuance of an addendum, if needed, on Monday, August 29th, 2022. It is the intention of this request that addendums after this date may not be necessary. Questions, clarifications, and Substitution requests are to be emailed to the Project Architect: Terry Allers allerst@allersarchitects.com or Project Coordinator Cole Benton, bentonc@allersarchitects.com or listed engineers in the project manual. You can also reach Terry or Cole at the office of Allers Associates Architects by phone at 515-573-2377. Bid Security: In separate envelope, clearly label the name of the contractor and the title "Name of Contractor - Bid Security -Downtown Revitalization", each bidder shall accompany its bid with bid security in the form of a cashier's check, a certified check, or a bank money order drawn on a FDIC insured bank in Iowa or drawn on a FDIC insured bank chartered under the laws of the United States; or a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States; or a bid bond executed by a corporation authorized to contract as a surety in Iowa or satisfactory to the Jurisdiction. The bid bond must be submitted on the Bid Bond form included in the project manual. All signatures on the bid bond must be original signatures in ink; facsimile (fax) of any signature on the bid bond is not acceptable. A certified check, to be acceptable, shall bear on its face the endorsement of a solvent Iowa bank as to the amount certified, which endorsement shall be signed by an official authorized to bind the bank by his acts. Bid security other than said bid bond shall be made payable to the City Clerk of Fort Dodge. "Miscellaneous Bank Checks", and personal checks, as well as "Money Orders" and "Traveler's Checks" issued by persons, firms or corporations licensed under Chapter 533B of the Iowa Code, are not acceptable bid security. The bid security must be in an amount equal to five percent (5%) of the total amount of the bid as security that if awarded a contract, the Bidder will enter into a contract at the prices bid and furnish the required performance and payment bonds and certificate of insurance. The certified check or cashier's check or certified share draft may be cashed, or the bid bond forfeited, and the proceeds retained as liquidated damages if the bidder fails to execute a contract, provide the required bonds, or file an acceptable certificate of insurance within ten (10) days after the acceptance of his proposal by resolution of the City Council. No bidder may withdraw a proposal within thirty (30) days after the date set for opening bids. The bid security shall be in companied by a Bidder Status Form. Clearly indicate the name of the contractor and the title "Name of Contractor - Bidder Status Form". The Bidder Status Form shall be inserted into the Bid Security envelope. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156 or the bid will be ineligible. Proposal guaranties will be returned to the unsuccessful bidders promptly after the award has been made. In no case will the proposal guaranty be held longer than thirty (30) days without written permission of the bidder, except that the proposal guaranty of the bidder to whom the contract is awarded will be retained until he has entered into contract and filed an acceptable bond. Sales Tax Exemption: The City of Fort Dodge, Iowa will issue Iowa Sales tax exemption certificates and authorization letters to the contractors and sub-contractors on this project. With this authorization, the contractor will not include Iowa Sales Tax on materials that will remain at the project site in their bid. Public Hearing on Proposed Contract Documents and Estimated Costs for Improvement: A public hearing will be held by the Fort Dod ge City Council on the proposed contract documents (plans, specifications and form of contract) and estimated cost for the improvement at its meeting at 6:00 p.m. on Monday September 12th, 2022 in said Council Chambers, Municipal Building, 819 1 st Avenue South, Fort Dod ge, Iowa. At said hearing, any interested person may appear and file objections thereto, or to the cost of said improvements. Proposals previously received by the Clerk will be considered by the Fort Do dge City Council at said time, and at that time, or at such time, date, and place as then may be fixed, the Fort Do dge City Council will act upon proposals and award a contract for the construction of the improvements. Bids will be received for a single lump sum contract, which shall include all divisions and all costs for the completed work. The successful lowest responsible bidder will execute contract documents as approved by the Fort Dod ge City Council. The City of Fort Dod ge reserves the right to reject any and all bids, re-advertise for new bids, and to waive informalities that may be in the best interest of the City. Conditional bids will not be accepted. The successful bidder shall be required to furnish a Performance and Payment Bond in an amount equal to one hundred percent (100%) of the contract price, said Bond to be issued by a responsible surety approved by Fort Do dge City Council, and shall guarantee the faithful performance and the prompt payment of all materials and labor, and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract, and shall also guarantee the maintenance of the improvements for the City for a period as required by the specifications, after its completion and acceptance by the City. The Contractor and all Subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, familial status or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, familial status or sexual orientation. Such action shall include, but not be limited to the following; employment, upgrading, demotion or transfer; recruitment or advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. The Contractor and all Subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race religion, color, sex, national origin or age. The Contractor/Subcontractor will comply with Title XI of the Civil Rights Act of 1964. The Contractor and all Subcontractors shall take affirmative steps to use small businesses and minority - and women-owned businesses when possible as sources of supplies, equipment, construction and services. Pursuant to Chapter 73 of the Code of Iowa, out-of-state bidders are hereby advised of the Iowa Bidding preference Law extending to Iowa firms any preference out-of-state competitors receive in their own states. Such preference may be (a) strict preference (b) reciprocal preference, or (c) combination preference and reciprocal. Application of such preference will be extended from any "public improvement" as defined in Chapter 73A of the Code of Iowa. All eligible contractors/subcontractors must: Be registered with the State of Iowa Department of Labor; Obtain proper permits from the Fort D odge Inspections Division; Meet any and all State licensing requirements (electrical, plumbing, mechanical, etc.); Be approved by the Iowa Economic Department Authority as not being on the U.S. Department of Housing and Urban Development's or the U.S. Department of Labor's list of debarred or suspended contractors. This project is funded in part with Federal Community Development Block Grant (CDBG) funds and is therefore subject to certain labor standards and civil rights requirements included in the Contract Documents. Contractors performing work on the project shall comply with the requirements as enumerated in the applicable statutes. Minimum wage rates to be paid laborers and mechanics have been determined by the Department of Labor and are listed in the Contract Documents. The Contractor(s) will be required to comply with the wage and labor requirements to pay minimum wages in accordance with the schedule of wage rates. This project shall meet the requirements of the Iowa Green Streets Criteria promoting public health, energy efficiency, water conservation, operational savings and sustainable building practices. The successful bidder(s) will be required to submit a certification of Non-Segregated Facilities and of compliance with Section 3 of the Housing and Urban Development Act of 1968, as Amended. The successful bidder(s) shall also notify prospective subcontractors of the requirements for such certification. Bidders shall be expected to comply with the Chapters 91C and 103A of the Code of Iowa concerning the registration and bonding of construction contractors and the successful bidder shall be required to supply City of Fort Do dge with proof of said compliance. The bidder's attention is called to the prompt payment to subcontractors under Chapter 573.12 of the Code of Iowa. No partial or final Payment will be due until the Contractor has certified to City of Fort Dod ge that the materials, labor and services involved in each estimate have been paid for in accordance with the requirements stated in the specifications. Time for Commencement and Completion of Work: Starting time for construction shall be as scheduled after the written Notice to Proceed is issued. The estimated starting date on site is September 26th, 2022. Substantial completion of the project shall be no later than September 30 th , 2024, subject to material lead times. Preference of Products and Labor: By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes; provided that the award of contract will be made to the lowest responsible bidder submitting the lowest responsive bid, which shall be determined without regard to state or local law whereby preference is given on factors other than the amount of the bid. Contract shall be subject to the requirements of the Clean Air Act, the Federal Water Pollution Control Act, and the regulations of the Environmental Protection Agency that are applicable. General Nature of Public Improvement: All work and materials shall comply with the proposed drawings, specifications and proposed form of contract which together with the opinion of probable construction cost have heretofore been approved by the City Council now on file with the City Clerk of Fort Do dge, Iowa. Said documents are by reference made a part hereof, as though fully set out and incorporated herein. Payment: Payment to the Contractor shall be made by the City of Fort Do dge in cash from such funds as are legally available, including, but not limited to, proceeds received from the sale of General Obligation Bonds and/or warrants authorized by Section 384.57 of the Code of Iowa, drawn on such fund or funds of the City as are legally available for such purpose. The Contractor will be paid each month ninety-five percent (95%) of the Architect's estimate of the value of acceptable work. Such monthly payments shall in no way be construed as an act of acceptance for any part of the work partially or totally completed. Upon substantial completion of the work and its acceptance by the City Council, the Contractor will be paid an amount, which, together with previous payments, will equal ninety five percent (95%) of the contract price of the contract. Final payment of the remaining amount due will be made not less than thirty-one (31) days after substantial completion and acceptance by resolution of the City Council of the completed contract, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa. This improvement project is being constructed and paid for pursuant to the provisions of Chapter 384 of the Code of Iowa For consideration by the Fort Do dge City Council at its meeting on September 12th, 2022 at 6:00 p.m. As of November 29, 2022, no rebid information available

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents